Interior Tenders
Interior Tenders
Department Of Local Resources Of The Ministry Of Interior And Administration Tender
Others
Poland
Closing Date7 Feb 2025
Tender AmountRefer Documents
Purchaser Name: Department Of Local Resources Of The Ministry Of Interior And Administration | Ongoing, 24/7 Maintenance Services for Properties Managed and Administered by the Housing Resources Management Board of Mswia in Warsaw
Department Of Local Resources Of The Ministry Of Interior And Administration Tender
Furnitures and Fixtures
Poland
Closing Date7 Feb 2025
Tender AmountRefer Documents
Purchaser Name: Department Of Local Resources Of The Ministry Of Interior And Administration | Announcement of the Order for the Service of Current, 24-Hour Maintenance Service of Real Estates Managed and Administered by the Housing Resources Management Board Mswia in Warsaw
Comunidad De Madrid Consejer A De Medio Ambiente, Agricultura E Interior Tender
Others
Spain
Closing Date14 Jan 2025
Tender AmountEUR 451.7 K (USD 465 K)
Purchaser Name: Comunidad De Madrid Consejer A De Medio Ambiente, Agricultura E Interior | Spain – Air Pollution Monitoring Or Measurement Services – Realización De Tomas De Muestras Y Determinaciones Analíticas En El Medio Ambiente Atmosférico. Años 2025 2027
State Medical Institute Of The Ministry Of The Interior And Administration Tender
Others...+1Electrical and Electronics
Poland
Closing Date20 Jan 2025
Tender AmountPLN 1.2 Million (USD 313.9 K)
Purchaser Name: State Medical Institute Of The Ministry Of The Interior And Administration | Poland – Repair And Maintenance Services Of Medical And Precision Equipment – Usługa Serwisowa-przeglądy Teczniczne Wg Wymogów Producenta Oraz Pogwarancyjna Opieka Serwisowa Bez Kosztów Części Użytych Do Naprawy Sprzętu Medycznego
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Virtual Industry Day Special Notice: W912ep25z0013 this Announcement Constitutes A Special Notice. This Announcement Seeks Information From Industry And Will Only Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Special Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. this Is A Save-the-date Special Notice For A Virtual Industry Day Event On 4 February 2025 At 9:00am Est. Please Note: Draft Plans And Specifications Have Been Uploaded To The Sam.gov Website Under Special Notice Id W912ep25z0012. All Interested Offerors Are Required To Access Sam.gov For Future Updates. Please View Registration Information And Details Below. The Presentation Slides And List Of Attendees Will Be Made Available And Posted To The Subject Special Notice On Sam.gov After The Conclusion Of The Event. the U.s. Army Corps Of Engineers, Jacksonville District Will Be Holding A Virtual Industry Day Event To Gauge The Interest, Capabilities, And Qualifications Of Various Members Of The Construction Community, To Include Small Businesses, And To Also Provide Information And Obtain Feedback From Interested Offerors Prior To Issuance Of The Official Solicitation. This Requirement Is For Fiscal Year (fy) 2025 Award Of The Construction Of The C-11 Impoundment And Mitigation Area A As Part Of The Broward County Water Preserve Areas (bcwpa), One Of The Elements Of The Comprehensive Everglades Restoration Plan (cerp). naics Code 237990: Other Heavy And Civil Engineering Construction small Business Standard: $45 Million magnitude Of Construction: Over $500 Million project Description the Broward County Water Preserve Area (bcwpa), Contract 2 Project Consists Of A Portion Of The Overall C-11 Impoundment Project. Contract 2 Consists Of Construction Of Dam And Levee Embankment, A Mitigation Area, Water Control Structures, Environmentally Sensitive Area (esa) Systems, Lake Backfill, Drainage Conveyance, Ancillary Features, And Associated Clearing, Grubbing, Planting, Borrow, And Material Processing. contract 2 Is The Second Of Three Construction Phases (combined With An Initial Land Clearing Contract 2.1 And Future Contract 3) To Complete The Overall C-11 Impoundment Component Of The Bcwpa Project. The Overall Completed C-11 Impoundment Will Be An Above-ground Earthen Reservoir Targeted To Have A Total Storage Of 4,600 Acre-feet With An Effective Interior Area Of Approximately 1,053 Acres And A Normal Pool Water Storage Depth Of Approximately 4.7 Ft. the Contract 2 Dam Embankment (d-511) Will Have An Approximate Height Of 15ft (crest Elevation Of 18.8 Ft Navd88). The Contract 2 Portion Of D-511 Embankment Will Include Roughly 4,800 Ft Of Slurry Wall Along The Southern Alignments Between Stations 111+00 To 146+00 (east) And Stations 204+00 To 218+00 (west). The Slurry Wall Will Be 41 Ft Tall (el 6.0 Ft Navd88 To El -35.0 Ft Navd) With A Typical Width Of 2.5 Ft. the Proposed Mitigation Area ‘a’, Is Located North Of The Impoundment. It Will 113 Acres Of Wetland Marsh. Water Levels Within The Mitigation Area Will Fluctuate Approximately 1.0 Ft Above Average Ground Elevation (5.3 Ft Navd88). The Levees Surrounding The Mitigation Area Will Have An Approximate Height Of 3 Ft (crest Elevation Of 7.3 Ft Navd88). contract 2 Includes 12 Total Water Control Structures: - Gated Culverts S-506a, S-508b, S-508d, And S-511 - Ungated Culverts S-500a, S-505e, S-506b, S-508a, And S-509 - Fixed, Broad-crested Weirs S-505b, S-505c, And S-505f there Are Two Environmentally Sensitive Areas (esas) Which Are To Be Protected During Construction And Ultimately Excluded From The Project By Means Of Embankment Alignment. The Esas Will Be Protected From Disturbance During Construction And Will Be Avoided By Completed Project Features. contact 2 Includes A Requirement To Backfill The Existing Central Lake And An Existing Borrow Area. These Features Are Existing Quarry Pits Estimated To Be Up To 55 Feet Deep And Filled With Water. Backfill Of The Central Lake And Borrow Area Will Primarily Consist Of Onsite Muck Material. However, The Contractor Will Be Provided Approximately 10,800 Cubic Yards Of Stockpiled Limerock Aggregate, Located Adjacent To Sw 26th Street And The Proposed Construction Staging Area, Which Is Approved To Be Placed In Central Lake. contract 2 Will Require Continuous Stormwater Management And Conveyance Of An Approximate Two Square-mile Drainage Area North Of The Project Site, Which Flows Southward Through The Project Site, Plus Any Stormwater Generated Within The Contract 2 Limits For The Duration Of The Contract. Since Stormwater Flows Will Ultimately Need To Pass South Through The Future Contract 3 Project Limits For Discharge Into The C-11 Canal, Stormwater Management Will Include The Following Control Requirements: - Stormwater System Will Convey A 100-year Storm To The Existing A/5 Canal Outfall At The C-11 Canal. - Contractor Will Construct A Temporary Shallow Drainage Diversion Ditch From The Eastern C-511 Canal To The Existing A/5 Canal. The Diversion Ditch Will Be Located Along The Boundary Between The Contract 2 And Contract 3, In A Zone Of Temporary Construction Limit For Future Resumption By Others. - Contractor Must Not Construct S-505f Broad-crested Weir Until The Eastern Section Of C-511 And The Temporary Diversion Ditch To The Existing A/5 Canal Are Complete. other Project Features And Activities Include Clearing, Grubbing, Planting, Borrow, Material Processing, Boat Ramps, Soil Cement Embankment Armoring, Emergency Stockpiles, Instrumentation And Monitoring Stations, Wetland Preservation/protection, Erosion Control, And Debris Disposal. in Preparation For The Formal Solicitation, Please See The Draft Plans And Specifications Posted Under W912ep25z0012. Interested Parties Are Highly Encouraged To Review The Draft Documents And Submit Any Questions Via Projnet. firm’s Response To This Special Notice Shall Be Limited To 10 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, Point Of Contact, Phone Number, Website, And Email Address. 2. Firm’s Interest In Submitting A Proposal On The Solicitation When Advertised. 3. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past 10 Years From The Date Of This Special Notice. Firm Should Provide At Least Two Examples Which, At A Minimum, Include The Following: brief Description Of The Project customer Name timeliness Of Performance customer Satisfaction dollar Value Of The Project emphasis Should Be On Projects That Included (1) Construction Of Earthen Embankments (2) Construction Of Soil Cement, (3) Construction Of Mass Concrete Structures (4) Management Of Surface And Groundwater In Areas With An Elevated Groundwater Table, And (5) Cutoff (slurry) Wall Construction. if Your Firm Is A Small Business, Be Sure You Understand The Performance Of Work Requirements For Your Specific Socioeconomic Category. I.e. Sb, 8(a), Sdvosb, Wosb, Or Hubzone. 4. Firm Shall Identify Their Small Business Classification And Small Business Size. small Business small Disadvantage Business 8(a) Small Business sdvosb wosb hubzone 5. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information, If Applicable – Existing And Potential. 6. Firm’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From Bonding Company. 7. Project Labor Agreement (pla) - On 4 February 2022, An Executive Order (eo) Was Issued Requiring Large Construction Projects Valued At $35 Million Or Larger To Utilize Plas. The Eo Mandates That All Contractors And Subcontractors Be A Party To A Labor Agreement With One Or More Labor Organizations. Due To The Magnitude Of This Project, The Eo Is Applicable To This Acquisition. Although The Eo Has Not Yet Been Incorporated Into The Federal Acquisition Regulation (far), It Is Likely That By The Time This Requirement Is Solicited, Plas Will Be Required. Please Provide Feedback Regarding How The Requirement For A Pla Will Impact Your Interest In Submitting A Proposal In Response To The Planned Solicitation. pla Executive Order For Reference: https://www.whitehouse.gov/briefing-room/presidential-actions/2022/02/04/executive-order-on-use-of-project-labor-agreements-for-federal-construction-projects/ event Dates: tuesday, 4 February 2025 event Location: virtual Via Webex Presentation - Https://usace1.webex.com/meet/ligaya.m.lowe join By Phone: +1-844-800-2712 Us Toll Free +1-669-234-1177 Us Toll access Code: 2826 544 5906 event Schedule: 9:00am Est event Registration Details And Instructions: interested Parties Who Consider Themselves Qualified To Perform The Above-listed Project Are Invited To Submit A Capabilities Statement And A Response The Questionnaire On This Special Notice By No Later Than February 3, 2025 At 12:00pm, Est. All Responses Under This Special Notice Shall Be Sent Via Email To Ligaya Lowe At Ligaya.m.lowe@usace.army.mil And Manuela Voicu At Manuela.d.voicu@usace.army.mil. Your Email Subject Line Should Be Addressed As "industry Day Registration (company Name) - W912ep25z0013, Bcwpa Contract 2, C-11 Impoundment" To Ensure The Request Is Handled In A Timely Manner. all Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Project Are Also Invited To Request A Breakout Session With The Government On A First Come, First Serve Basis Following The Virtual Industry Day Presentation With The Following Timeslots As Follows: 1030-1115 1130-1215 1330-1415 1430-1515 1530-1615 important Note For Breakout Sessions: The Government Is Seeking Your Feedback To The Draft Plans And Specifications Posted Under W912ep25z0012. It Is Requested That You Submit A Capabilities Statement And Any Questions Your Agency Has For The Government Ahead Of The Breakout Session And By February 3, 2025 Via Email To Ligaya Lowe At Ligaya.m.lowe@usace.army.mil And Manuela Voicu At Manuela.d.voicu@usace.army.mil. notes: do Not Submit Proprietary And/or Business Confidential Data. all Responses To This Industry Day Special Notice Will Be Evaluated And Used In Determining Acquisition Strategy. Prior Government Contract Work Is Not Required For Submitting A Response Under This Special Notice. no Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To Said Notice, Attendance At The Virtual Industry Day Event Or Any Follow-up Information Subsequently Requested. you Must Be Registered With The System For Award Management (sam) In Order To Receive A Government Contract Award. To Register, Go To Www.sam.gov. For Additional Information Visit The Website For The Federal Service Desk (www.fsd.gov) Which Supports Sam Or Contact Them At 866-606-8220 For Assistance.
U S COAST GUARD USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: This Combined Synopsis/solicitation For Construction Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. The Solicitation Number Is 37130pr250000025-1. applicable North American Industry Classification Standard (naics) Codes Are: 238220 Plumbing, Heating, And Air-conditioning Contractors. this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following: a.cost Of Materials And Equipment
b.cost Of Labor contract Will Be Awarded To The Vendor Who Can Provide Best Value Which Includes All Labor, Material, Cost And Equipment Required Within The Sow. Cost And Past Performance Factors Will Also Be Considered When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 01 Feb 2025 quotes Are To Be Received No Later Than Close Of Business (3 P.m.) On 22 Jan 2025 And Are To Be Sent Via E-mail To Angel.melendez@uscg.mil quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To:
commanding Officer Uscg Base Miami Beach (p&c) Attn: Angel Melendez
909 Se 1st Ave, Room 512
miami, Fl 33131. wage Determinations: Fl20240184 01/05/2024 scope Of Work 1. General Requirements: The Work Consists Of Providing All Supervision, Labor, Materials, And Equipment As Required To: Provide Hvac Ducting Inspection And Insulation Replacement For Approximately 75’ Of Damaged Ducting At Uscg Sector St Petersburg South Moorings Exchange Facility. all Above Work Is Located At The Below Sites:
uscg South Moorings
1301 Beach Drive
st Petersburg, Fl
33701 2. Commencement And Completion Of Work: Upon Acceptance The Contractor Shall Commence Work Nlt Ten (5) Days After Notice To Proceed. 3. Scope Of Work:
• Prior To Commencement Of Work Contractor Shall Notify Cwo Justin H. David (619)788-7170 Or Dcc Timothy Bakels (727)824-7599 To Coordinate Staging Area At Facility And Provide Site Access.
• Contractor Shall Supply All Tools, Consumables, And Equipment Required To Inspect And Replace Approximately 75’ Of Hvac Ducting And Insulation That Was Damaged And Saturated.
• Remove Existing Bad Insulation On Supply And Return Ductwork For One 25-ton System
• Contractor Shall Be Responsible For Protecting All Interior Office Furnishings.
• Contractor Shall Be Responsible For Full Site Cleanup And Material Removal Prior To Completion.
• Contractor Shall Ensure Space Is Left Clear And Free Of Hazards Prior To Daily Work Completion.
• Contractor Shall Conduct Final System Inspection With Designated Uscg Representative Prior To Project Completion. 4. Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Dcc Timothy Bakels @ (727) 824-7599 / Timothy.g.bakels@uscg.mil Or Cwo Justin David @ (619) 788-7170 / Justin.h.david@uscg.mil. 5. Designated Contracting Officer’s Quality Assurance Evaluator (qae) Representative: The Designated Contracting Officer’s Qae Representative And Point Of Contact For This Project Is Dcc Timothy Bakels @ (727) 824-7599 / Timothy.g.bakels@uscg.mil 6. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations Concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents. 7. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification. 8. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract. 9. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer. 10. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws. 11. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner. 12. Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress. 13. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work. 14. Identification Of Contractor Personnel And Vehicles: The Contractor Shall Provide A Detailed List Of All Employees To The Qae Representative Five (5) Days Prior To Commencing Work. The Employee List Shall Contain The Employee’s Full Name, Date And Place Of Birth, Current Address And Last Four (4) Of Ssn. The Cg Sector St Petersburg Command Security Officer Lt Blaine O’reilly (757) 398-6336 / Blaine.a.oreilly@uscg.mil Will Be Given A Copy Of The Employee List To Grant Or Deny Access Onto The Installation. Each Contractor Provided Vehicle, Or Towed Trailer Shall Show The Contractor’s Name So That It Is Clearly Visible On The Vehicle. A Valid State License Plate And Safety Inspection Sticker Is Required. All Vehicles Operated On Government Property Shall Be Maintained In A Good State Of Repair. 15. Safety Requirements:
1. Responsibilities:
a. All Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work.
b. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer.
c. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work Will Only Be Conducted With Permission And A Fire Watch Must Be Posted During Work.
d. Lock Out/tag Out Requires Notification And Coordination With Facilities Engineering And Will Not Be Conducted By A Contractor On Coast Guard Facilities. A Facilities Division Representative Is Required For All Contractors Lock Out/tag Out Needs.
2. Rights:
a. Every Employee Working On Cg Facilities Has The Right To A Safe And Healthy Workplace. The Contractor Has The Responsibility And Right To Stop Unsafe Work. Qae’s And The Safety Officer May Also Institute A Work Stoppage Relating To Unsafe Practices Or Immediate Danger To Life And Health Situations. 16. Environmental Protection Requirements:
a. All Contractors Working On Uscg Facilities Shall Abide By All Federal Environmental Regulations As Published By The Environmental Protection Agency, 40 Cfr (series). Contractor Written Environmental Management And Pollution Prevention Programs Shall Be Reviewed By The Environmental Protection Specialist Mr. Keith Mcdonald @ 727-502-8705 / Keith.r.mcdonald@uscg.mil Prior To Starting Work And Must Be In Accordance With The Unit Environmental Guide.
b. Written Notification Must Be Provided To The Environmental Protection Specialist Of Any Activity That Could Potentially Cause A Permit Violation On Uscg Facilities. Some Examples Of Qualifying Activities Are Any Activity That Could Result In A Spill Or Discharge Into A Waterway Or Introducing A Hazardous Material Into The Environment.
c. Copies Of The Following Must Be Provided To The Environmental Protection Specialist Prior To Starting Work In Affected Areas: Safety Data Sheets (sds), Permits, And Notices Of Intent.
d. Hazardous Materials Used By A Contractor Are Required To Be Disposed Of By That Contractor. Disposal Must Be In Accordance With Federal, State, And Local Guidelines.
# performance Period: Performance Of Work Is Expected To Commence Nlt 10 Days After Award Is Made. Extension Period Must Be Approved By The Contracting Officer For Any Unforeseen Delays.
site Visit: It Is Highly Recommended And Encouraged That Interested Party’s Contact Dcc Timothy Bakels For A Site Visit Which Will Be Held On monday January 13, 2025 At 09:00am Est. For Scheduling Contact Mr. Bakels Via Email Timothy.g.bakels@uscg.mil Or Via Phone At (727) 824-7599 **all Questions And Answers Will Not Be Accepted After 07 Jan 2025 At 10:00am Est.
applicable Far Clauses
far 52.213-4: 52.213-4 Terms And Conditions-simplified Acquisitions (other
than Commercial Items).
attached By Reference
52.222-6 Construction Wage Rate Requirements
52.236-2 Differing Site Conditions (april 1984)
52.236-3 Site Investigation And Conditions Affecting The Work (april 1984)
52.236-27 Site Visit (construction) {feb 1995)
work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 6 Pm) No Weekends Or Holidays Authorized.
see Attached Applicable Far Clauses By Reference.
offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far
the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov.
vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
Department of Fire Protection and Rescue at the Ministry of the Interior Tender
Transportation and Logistics
Lithuania
Closing Date27 Jan 2025
Tender AmountRefer Documents
Purchaser Name: Department of Fire Protection and Rescue at the Ministry of the Interior | Lithuania – Electrical-system Repair Services – Papildomo Akumuliatoriaus Įkrovimo Įrangos Komplekto Montavimo Paslaugos Gaisrų Gesinimo Ir Gelbėjimo Transporto Priemonėse
2461-2470 of 2577 archived Tenders